DOCUMENT
65 -- Pathology & Laboratory Medicine’s (P&LMD) Ancillary Testing section is requesting the lease (with cost-per-test) of two (2) Quidel Sofias, manufactured by Quidel Corporation - Attachment
- Notice Date
- 9/23/2016
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
- ZIP Code
- 85014
- Solicitation Number
- VA25816N1015
- Response Due
- 9/27/2016
- Archive Date
- 11/26/2016
- Point of Contact
- Louis Wade
- E-Mail Address
-
5-4475<br
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE. (A Sources Sought is defined as not an actual bid or proposal solicitation; instead, it's a solicitation of interest. Think of a Sources Sought as market research being conducted by a government agency to determine what the capabilities and interests of the marketplace are).This is not a request for actual bid or proposal solicitation. A solicitation will not be issued at this time. The Department of Veterans Affairs, Phoenix VA Health Care System (VAHCS) has a requirement for two (2) Quidel Sofias; manufactured by Quidel Corporation. The intent of the procurement is to award a firm-fixed price contract. Phoenix AZ VA Health Care System (VAHCS): VAMC, 650 E. Indian School RD, Phoenix, AZ 85012 The applicable NAICS code is 339112 Surgical and Medical Instrument Manufacturing. Small Business manufacturers for this NAICS code have a size standard of 1,000 employees. The resulting contract will be a firm fixed price order. The term of the contract is intended to be 30 calendar days ARO, with no options included. It is anticipated that a Request for Quotes will be issued in October, 2016. Award of a firm fixed price contract is contemplated by October, 2016. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Businesses (SB), or Large Business capable of performing the requirements to warrant a socio-economic set-aside or full & open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance of residential renovation projects (including references); (3) intentions of subcontracting program to include set-asides, this only applies to construction; (4) proof of registration in the VA Vet Biz or SBA websites or intention of registration prior to submission of offers to a solicitation; (5) documentation on company's bonding capacity and limitations; and (6) any other pertinent company documentation. The response date to this Sources Sought notice is September 27th, 2016 at 10:00 am EST. This market research is for informational and planning purposes only to determine if a socio-economic set-aside, or full & open competition, or sole-source procurement is appropriate. The Government will not pay any costs for responses submitted. Electronic submissions are acceptable via louis.wade@va.gov. Hard copy submissions are acceptable to VISN 18 Network Contracting Office; 777 E Missouri Ave, Suite #300, Phoenix AZ 85014. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. ALL FIRMS ARE INSTRUCTED NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTERS REQUESTING MORE INFORMATION. STATEMENT OF WORK (SOW) 1.0 Scope of Work: Pathology & Laboratory Medicine's (P&LMD) Ancillary Testing section is requesting the lease (with cost-per-test) of two (2) Quidel Sofias, manufactured by Quidel Corporation. The Sofia systems will be utilized in our ED department with potential to expand to all (11) existing on-site clinics and CBOC's within PVAHCS and at two (2) new off-site locations (SW CBOC & Primary Care Annex swing space) both expected to open in 2016. The Quidel Sophia System is a semi-automated, table-top, point-of-care analyzer designed to provide Fluorescent Immunoassaay (FIA) testing with advanced immunofluorescence-based lateral-flow technology for Influenza A+B, Strep A, and Urine Pregnancy testing. The Quidel Sofia System, paired with the Telcor QML HL7 interface (separate contract), will allow patient results to be electronically transmitted into the VistA Lab Package. This new upgraded analyzer/interface system will replace our existing Quidel testing kits that require subjective visual reading and manual entry of results into the Lab Package via OTE and/or VISTA fastbypass, a transcription-based patient safety risk. The proposed new Quidel Sofia system also comes with hand-held barcode scanner for automated input of patient demographics. Barcode capability will further decrease patient safety risk by eliminating misidentification via manual entry of demographics. This Quidel Sofia System purchase is requested to be acquired through Cardinal Health under a promotional equipment loan and cost per test installation packet offer. The supply acquisition does not involve connection of contractor-owned IT devices to the VA internal network, therefore the C&A requirements do not apply and a security accreditation package is not required. 2.0 Tasks: The Contractor shall provide all products, labor, and materials according to the SOW Specifications. The items required must meet or exceed the specifications listed below. General Requirements; the contractor shall provide the following: 1.Specifications set forth in this proposal are minimum specifications and shall not be construed as limiting the overall quality, quantity, or performance of the equipment. 2.The contractor shall meet or exceed the minimum requirements and shall be held responsible for the performance and overall quality of the equipment during the warranty period. 3.The equipment, based upon the specifications requested, shall be the newest and the most current model. A refurbished system is not acceptable. The equipment should be a standard product of the manufacturer of record. The manufacturer of record is defined as a company whose main occupation is the manufacture for sale items of equipment and which: a.Maintains a factory production line. b.Maintains a stock of replacement parts for the item. c.Maintains engineering drawings, specifications, operating manuals and maintenance manuals. d.Has published and distributed descriptive literature and equipment specifications on the equipment. 2.1 System Requirements; the contractor shall provide the following: The requested equipment shall have the following salient characteristics: 1.The Quidel Sofia System must support the Telcor Inc. "QML" bi-directional Ethernet HL7 interface that automatically orders the test and enters results into VISTA 2.The Quidel Sofia System must be able to capture errors to prevent compromised data from reaching a patient's medical record, and there must be a built-in mechanism for alerting the laboratory to deviant test results for both patient and quality control testing 3.The Quidel Sofia System must have capacity to report the following qualitative POC tests: Urine hCG, Strep A, and Influenza A+B. 4.The Quidel Sofia System must have operator and quality control lockout ability 5.The Quidel Sofia System must have a hand-held barcode scanner/reader for patient barcode label scan, thereby eliminating transcription error and time intensive manual entry of demographics 6.The Quidel Sofia System must have automatic self-calibration. 2.2 Instrument Requirements; the contractor shall provide the following: 1.The Quidel Sofia should not exceed the following dimensions24 cm deep x 16 cm wide x 10 cm high 2.The Quidel Sofia should not exceed 3 lbs. in weight. 3.The Quidel Sofia should use 100-240 VAC, 47-63 Hz, self-switching (U.S./ International), 0.9-0.34 Amps max as power supply input. 4.Any additional costs such as industrial funding fees, special shipping and handling fees, or other usage fees must be clearly indicated in the price quote. 2.3 Supply Requirements; the contractor shall provide the following: 1.All necessary accessories required for operating the Quidel Sofia should be listed as an addendum in the pricing schedule. 2. The vendor/distributor must provide, in easy-to-understand plain English, all necessary procedure manuals, troubleshooting manuals, and operator manuals. 2.4 Repair & Maintenance Services; the contractor shall provide the following: 1.The manufacturer of the instrument system should define maintenance requirements and indicate what maintenance is performed by the end-user and what maintenance is performed by the manufacturer. 2.5Pre-Installation Assessment; the contractor shall perform the following: 1.0The vendor/distributor must provide all necessary procedure manuals, troubleshooting manuals, and operator manuals. 2.The vendor will provide environmental requirements (heat/cool, humidity, light, etc.) and recommendations for instrument and testing material storage. 3.The manufacturer of the instrument system should define maintenance requirements and indicate what maintenance is performed by the end-user and what maintenance is performed by the manufacturer. 4.Technical capability: A.Provide dimensions of the system (key element) B.List utility requirements (electrical, heat/cool, humidity, etc.) C.Describe maintenance requirements for daily/weekly/monthly maintenance. D.Describe any environmental impact issues that instrumentation may create (water requirements, media disposal, etc.). E.Describe user friendliness: i.Describe ability to trouble-shoot system. 2.6Support Services: The contractor shall perform the following: 1. The equipment manufacturer should have the ability to provide service sufficient to meet the needs of the user facility Monday-Friday 8:00am to 4:30pm Arizona time. 2.Technical support should be available Monday-Friday 8:00am to 4:30pm Arizona time and should be through one contractor (preferably the manufacturer of the instrument). 3.0 Mandatory Value-Added Characteristics: These characteristics are mandatory, and will be considered in the best-value determination. Value added characteristics include, but are not limited to: 1.Provide utility requirements (electrical, media disposal, etc.) which should include all necessary SDS, OSHA and safety documents. 2.Provide environmental requirements (heat/cool, humidity, light, etc.) and recommendations for [instrument] storage. 3.The manufacturer should define maintenance requirements and indicate what maintenance is performed by the user and what is not.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25816N1015/listing.html)
- Document(s)
- Attachment
- File Name: VA258-16-N-1015 VA258-16-N-1015.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3023738&FileName=VA258-16-N-1015-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3023738&FileName=VA258-16-N-1015-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA258-16-N-1015 VA258-16-N-1015.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3023738&FileName=VA258-16-N-1015-000.docx)
- Place of Performance
- Address: VAMC 650 E. Indian School RD;Phoenix, AZ
- Zip Code: 85012
- Zip Code: 85012
- Record
- SN04285338-W 20160925/160923234324-7b17b2cad0a174ad2910386b68bce031 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |